Thermal Lab Lifetime Support Plan
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / Naval Air Warfare Center Aircraft Division (NAWCAD) intends to award a Firm Fixed-Price purchase order on a sole source basis to TA Instruments-Waters L.L.C. for Thermal Lab Lifetime Support Plans. This opportunity, however, invites all interested and authorized distributors to submit quotes for these specialized maintenance and support services. Quotes are due by May 15, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
This requirement is for Loyalty Support Plans (LSP) and Academic Support Plan (ASP) LSP Thermal Accessory for various TA Instruments. These plans are crucial for ensuring improved instrument performance, increased uptime, and reduced cost of ownership for specific equipment including DSC2500, RCS120, TMA450, TGA550, SDT650, DMA850, MECH COOLING ACCY, DMA FURNACES, ACS3 AIR CHILLER, TGA5500, DHR3 RHEOMETERS, and DISCOVERY ETC CHMBRS. The support plans include annual Performance Maintenance Visits (PMV), priority phone and email support, complete repair coverage (parts, labor, travel), accessory coverage, a 10% discount on consumables, and access to virtual training courses. These plans are available for new instruments or prior to the end of the warranty period and are renewable annually.
Contract Details
- Type: Firm Fixed-Price Purchase Order (Intent to Sole Source)
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
- Period of Performance: June 1, 2026, to May 31, 2027
- Set-Aside: None
- Place of Performance: St James, MD 20670 (Inspection and acceptance at NAWCAD, Patuxent River, MD)
Submission & Evaluation
The Government intends to award on a sole source basis to TA Instruments-Waters L.L.C. under FAR Part 13. However, all interested parties, particularly authorized distributors, are invited to submit a quote. Award will be made to the vendor that submits the lowest, firm fixed-price quotation that meets all requirements in Section B (as per the attached SF-18). Quotes must be submitted via email to Johnny.E.Smith.civ@us.navy.mil and Roberta.M.Nethercutt.civ@us.navy.mil. Required submission information includes: FOB, Shipping Cost, Tax ID#, Dun & Bradstreet #, Cage Code, Small Business status, Estimated Delivery Date, Pricelist (if available), and Total Cost. Crucially, offerors MUST submit signed documentation verifying they are an authorized distributor.
Key Dates
- Quotes Due: May 15, 2026, by 12:00 PM Eastern Standard Time
- Published Date: May 13, 2026
- Estimated Delivery Date: June 1, 2026
Points of Contact
- Johnny Smith: johnny.e.smith.civ@us.navy.mil
- Roberta Nethercutt: roberta.m.nethercutt.civ@us.navy.mil
Additional Notes
Offerors must be registered in the SAM.gov database prior to submission to be considered for award. Payment and invoicing will be processed through the Wide Area WorkFlow (WAWF) system.